Professional Documents
Culture Documents
1
Contents
1 Background ..........................................................................................3
1.1 Need for Third Party Inspection and Monitoring Agency (TPIMA)
......4
Annexure:
2
Background :
Jawaharlal Nehru National Urban renewal Mission (JNNURM) aims at reform-
driven integrated and planned development of cities/towns with efficiency in
urban infrastructure and service delivery mechanisms, provision of basic
services including improved housing to urban poor, community participation
and accountability of Urban Local Bodies (ULBs) and Parastatal agencies
towards citizens. Its two components, Basic Services to the Urban Poor
(BSUP) and Integrated Housing and Slum Development Programme (IHSDP)
focus on improving the living conditions of the slum population. These
projects are aimed at integrated development of slums for providing shelter,
basic services and other related civic amenities to the urban poor. Both sub-
missions have a strong Housing component.
• Enable the State Level Nodal Agencies (SLNA) to appoint Third Party
Inspection and Monitoring Agencies (TPIMA) for review and
monitoring of all JNNURM projects implemented by Urban Local
Bodies (ULBs), parastatls and other state agencies
3
• Bring standardization and consistency in the process, functioning and
scope of activities of external Third Party Monitoring Agencies engaged
for monitoring of JNNURM projects.
• Cost Control
• Time Control
4
ULBs are approved by State Level Steering Committee (SLSC) and appraised
by specialist agencies of the Central Government. At each stage , there may be
suggestions and recommendations and TPIM would ensure that these points
are incorporated in the implementation of the projects. TPIM would ensure
periodic feedback to all key stakeholders.
It is, therefore, imperative that each project is covered by TPIM and periodic
feedback is given to all stakeholders at ULB/Town/City, State & Central level.
a. Pre-construction stage
5
• Review of probability of Cost & Time overruns during pre-construction
stage
b. Construction stage
6
c. Commissioning, trial run and testing stage
• System of O&M
TPIMA would function till one year from the filing of project completion
report and give a final report on the overall performance of the project.
7
i. Ensuring all project documents, including outcomes, outputs,
specifications, estimates of quantities, work packages, project
implementation plan - including milestones, periodic progress indicators,
oversights etc., on-site management systems, such as rerouting of
transient services, temporary connections, worker accommodation,
labour insurance, procurement & storage of materials, inventory
management; delivery, hand-over, exit and financial closure plans are in
place
8
f. To report the progress with respect to implementation as per the
appropriate stage of the project under development;
(i) Baselines of the project, including entire process trail – which would ensure
that all necessary processes of clearance, approvals - administrative,
technical and financial sanctions are in place. At the desk review report
generated at the initiation milestone, this section of the report would
document the process flows and benchmarks that are adopted by the
concerned level of implementation.
(ii) Outcomes of the project (at initiation milestone)/ the specific milestone –
expected state of physical and financial progress.
(iii) Observed physical and financial progress including execution process – this
will require to be done from two ends (i) supply end, i.e. SLNA and (ii) level
of implementing agency
(iv) Compliance and exception reports in process trail, technical and qualitative
standards, financial propriety and integrity. In case of any processes being
certified, the monitoring report must clearly mention this in case of the
concerned implementing agency to the party to be reported to, i.e. Project
Implementation Agency, SLNA and Mission Directorate.
(vi) Follow-up action of the report, which would be ascertained in the next
report.
9
3. Financial Support
The following maximum charges* are prescribed for being paid to the Third
Party empanelled by the State Level Nodal Agency on a ‘per project’ basis:
Desk review of all project documents Rs. 2,00,000/- (Rupees Two Lakh)
On-site visits Rs. 50,000/- (Rupees Fifty
(Maximum 14 visits during a project Thousand Only) (per visit)
implementation life-cycle for a BSUP project)
(Maximum 12 visits during a project
implementation life-cycle for a IHSDP
project)
Maximum possible financial Rs. 9,00,000/- (Rupees Nine Lakh
implications for BSUP project** Only)
Maximum possible financial Rs. 8,00,000/- (Rupees Eight Lakh
implications for IHSDP project** Only)
* In case lower rates are obtained through RFPs, the same will apply as terms of payment
** Service tax, education cess and higher education cess etc. will be extra, chargeable on
actual basis; Income tax will be deducted at source in accordance with applicable rules of
the Income Tax Act, 1961 and the Finance Bill in effect at the time of payment
The overall cost of monitoring of the project would not exceed 0.5% of the
cost of components for which Central Assistance has been provided in cases of
projects supported under the sub-Mission of Basic Services to the Urban Poor
and 0.25% of the cost of components for which Central Assistance has been
provided in cases of projects supported under the Integrated Housing and
Slum Development Programme.
10
Costs of material and sample tests would be chargeable on actual over and
above the fees payable to the empanelled agency, and directly payable to the
party performing the tests. The costs for this, if any, would be borne out of the
State/ ULB share.
The TPIMA will raise quarterly or half yearly bills and the payments to TPIMA
would be made by SLNA. TPIMA will start review with site visits for the
projects where tenders have been invited or where the construction has
commenced after familarising with the documentation.
The Mission Directorate has empanelled Agencies to play the role of TPIMA
under JNNURM. A National level Expression of Interest (EOI) was invited
from the reputed concerns and applicants were short listed based on technical
& experience profile. A Consultancy Evaluation Committee (CEC) was
constituted by Mission Directorate for finalizing the list of empanelled
agencies. A subcommittee of CEC was formed to evaluate these EOIs. The
subcommittee consisting of officers of the Ministry of HUPA and officials
from reputed organizations such as CPWD and TCPO scrutinized the EOIs in
detail and analysed the presentations made by the eligible parties. Based on
11
report from the subcommittee, CEC recommended a list of consultants based
on the technical criteria. The list is given at Annexure ‘A’
The list, by no means, is binding on State/UTs and SLNAs may appoint the
agencies outside this list by adopting transparent competitive bidding process.
Should SLNAs choose to qualify agencies outside this empanelled list, the
recommended criteria , as enumerated in the Expression of Interest floated by
Ministry of Housing & Urban Poverty Alleviation , is given at Annexure ‘B’.
Part ‘B’ of the said annexure lists the Personnel and Material assets
requirements for such qualification.
Selection Process:
.Selection of TPIMA is to be done by the concerned SLNA. SLNA will need
to issue RFP/RFQ to pre-qualified Agencies including empanelled Agencies.
After undertaking the due selection process as per rules and prior to entering
contractual agreement with the short listed agency, SLNAs are required to
submit the proposal for concurrence to Mission Directorate, MoHUPA. In
seeking such concurrence, a certificate to the effect that the due and
transparent bidding has been followed as per guidelines issued by Government
of India in this regard, should be forwarded to Mission Directorate, MoHUPA.
12
Appointment of Agencies should be done in accordance with the Bands
(Kindly refer to Annexure-‘B’) to which they are eligible. An agency
qualified for higher band is eligible to execute work in respect of lower
bands also.
The Model RFP including the Technical Bid Format, Model Contract,
Checklists for Quality Control etc. is given in Annexure ‘C’ of this toolkit.
SLNAs are advised to follow the given model RFP without modifying the
stated objectives, scope and deliverables. In case any such modifications are
effected, reasons thereto may be given and approval may be obtained from
prior to the signing of contract with the agencies, at the time of submitting the
proposals to CSMC for concurrence.
13
A. Central Level – Mission Directorate MoHUPA
B. State/UT Level
14
• Appoint a suitable agency with the required experience and expertise as the
TPIMA, as per process suggested in this toolkit, ensuring no major deviation in
the scope of services and ensuring no conflict of interest in execution of
services.
• Communicate through SLNA to all Local Bodies/ Project Implementation and
Execution agencies in the state for extension of cooperation, sharing of
information, organizing field visits and all necessary assistance to the TPIMAs
for conduct of periodical review and monitoring.
• Ensure the performance of TPIMA is as envisaged in the contract, and that
the reports are submitted regularly and filed
• Review and examine the reports of the TPIMA, scrutinize issues highlighted
by the TPIMA and initiate corrective actions where necessary with concerned
ULB/Implementing Agency.
• Ensure that the SLSC and Mission Directorate have access to all review and
monitoring reports, in a timely manner.
• Report to the SLSC on progress in implementation of projects, and
highlighting project implementation issues and constraints that need
intervention by the SLSC.
• Make periodic payments to the TPIMA for claims of reimbursement from the
Mission Directorate, MoHUPA
C. City/Town Level
15
It is envisaged that a Project Implementation Unit (PIU) housed in the ULBs of
the Mission Cities, will take the lead charge with respect to implementation of all
JNNURM projects and reforms in the city. The PIU will play a key role in
facilitating the work of the TPIMA and coordinate between the TPIMA and the
Project Executing Agency (PEA).
• Coordinate with the PEA, that may either be a Department of the ULB, a
parastatal agency or any other agency.
• Schedule the visits of the TPIMA across different projects in the city
• Ensure that TPIMAs have access to the required documents, project sites, key
officials for meetings and discussions and other support required for
performance of their role
• Ensure that TPIMAs file their reports in a timely manner.
• Coordinate with the PEA to ensure that progress of the project is regularly
updated on the IPOMS.
• Examine the reports of the TPIMA and the issues highlighted therein.
• On the basis of TPIMA’s reports, take up coordination with various agencies
for resolving bottlenecks in implementation.
• Coordinate with the PMU in the SLNA and Mission Directorate in the
MoHUPA as necessary, to facilitate smooth and effective functioning of the
TPIMA
16
• TPIMA is expected to have intensive interactions with the PEA.
• PEA will need to provide all necessary documents, provide access to project
sites, provide time of its senior personnel and engineers, and enable
interactions with consultants and contractors, and all other support required for
TPIMA to carry out its mandate.
• Maintaining details of all project related documentation during the life cycle of
the project at the project site office / nearest office is the responsibility of the
PEA.
17
Annexure ‘A’
18
S.No Name of the Concern Band
1 Mukesh & Associates V Shri. D.Mukesh Tel: 9818400396(mbl)
5/3 Raghavan Street Tel:0427- 2330395/2330568/2331109
Swarnapuri Fax:0427-2330209
Salem – 636 004 e.mailmukeshassociates@vsn..com
www.mukeshassociates.com
2 Shrikhande Consultants IV Shri R.N.Srikande
Pvt. Ltd. Joint Managing Director
33-35 Shanti Centre Tel: 022-27891444/27892763
Plot No. 8 Sector 17 Fax: 022-1249 Email: pmc@bom5.vsnl.net.in
Navi Mumbai – 400 075. www.scplasia.com
3 Span Consultants Pvt. Ltd. V Shri Abhijit Ghosh Executive Director
SPAN House 92-C Tel: 01129955645-53 Fax: 011-29955643
Gurudwara Road Madangir Email:info@spanconsult.com
New Delhi – 110 062 www.spanconsult.com
4 Aarvee Associates V Dr. B. Raghabendra , Deputy General Manager
Architects Engineers & Tel: 040-23737633 Fax; 040-23736277
Consultants (P) Ltd. Email: aarvee@aarvee.net www.aarvee.net
Ravula Residency Sri
Nagar Colony Hyderabad –
500 082
5 Intercontinental V Shri Prashant Director Tel:011-
Consultants and /26523036/26568024
Technocrats Pvt. Ltd Fax:-011-26855252 Email: info@ictonline.com
A-8, Green Park. www.ictonline.com
New Delhi-110 016
6 National Consultancy for IV Shri S.M. Sbhani,MB Tel: 040-23568466 Fax;
Planning & Engineering 040-23568473 Email
9-4-131/17/A Tombs Road ncpe_consult@rediffmail.com
Akbar Bagh Toli Chowki www.ncpeindia.com
Hyderabad – 500 008.
7 Rites Ltd V Shri Y.K. Sharma , General Manager,
(A Govt. of India Tel: 0124-2571666 Fax: 0124-2571660
Undertaking) Rites Email: info@rites.com www.rites.com
Bhawan, No.1, Sector 29,
Gurgaon Haryana.
8 BLG Construction Services IV Mr. Saurabh, MD 9314508760 Tel:
Pvt. Ltd Chopasani 02913209393 0291-2701622 email:vaibhav@l
Housing Board, lgconstructionservices.com
Jodhpur – 342 008. www.blgconstructionservice.com
9 Shristi Urban Infrastructure IV Shri V.K. Soni Principal Consultant
Development Ltd. SUIDL Tel: 011-29234815 Fax:011-29230987
in association with SREI www.Shristicorp.com
Infrastructure Finance Ltd
F-13, Kailash Colony, New
19
Delhi – 110 048
10 DHV India Pvt. Ltd V Dr. M.S.Prakash,
B-1/1-1 1st Floor Managing Director
Mohan Co-operative Tel: 011-40539303
Industrial Estate Mathura Fax:011- 40539300
Road New Delhi – 110 044 dhvindia@airtelbroadbaband.in.
20
Annexure ‘B’
21
Ministry of Housing and Urban Poverty Alleviation
Government of India
Nirman Bhawan, New Delhi 110 011
Office of the Joint Secretary & Mission Director (JnNURM)
*******
Government of India has launched the Jawaharlal Nehru National Urban Renewal
Mission, hereafter referred to as JNNURM, as a reform driven, fast track programme to
ensure planned development of identified cities with focus on efficiency in urban
infrastructure/ service delivery mechanisms, and through community participation and
enhanced accountability of Urban Local Bodies (ULBs) / parastatal agencies towards
citizens.
JNNURM comprises two broad segments, namely (i) the Sub-Mission on Urban
Infrastructure and Governance and (ii) the Sub-Missions on Basic Services to the Urban
Poor (BSUP) covering 63 identified cities comprising mega, metro, capital and cities of
heritage and historical importance and Integrated Housing and Slum Development
Programme (IHSDP) covering other cities/Towns. The Ministry of Housing and Urban
Poverty Alleviation, hereafter referred to as M(HUPA), is the nodal Ministry for sub-
missions of Basic Services to the Urban Poor (BSUP) and Integrated Housing and Slum
Development Programme (IHSDP) and has a Mission Directorate (JNNURM) to undertake
various tasks related to JNNURM.
The Basic Services to the Urban Poor (BSUP) and Integrated Housing and Slum
Development Programme (IHSDP) focus on improving the living conditions of the slum
population. These projects are aimed at integrated development of slums for providing
shelter, basic services and other related civic amenities to the urban poor. Both sub-missions
have a strong Housing component. M(HUPA) approves the projects under BSUP and
IHSDP for providing Central assistance based on Detailed Project Reports(DPRs) prepared
by State Governments/Union Territories. This is based on review carried by the Appraisal
Agencies. A number of projects have been approved/sanctioned till to date and the first
installment of Central share in the form of Additional Central Assistance, hereafter referred
as ACA, has already been released by Department of Expenditure, Ministry of Finance.
Details of the programme and list of projects approved can be seen at the website
www.jnnurm.nic.in
The Ministry of HUPA hereby invites Expression of Interest (EOI) from
established firms who have proven experience in undertaking Third Party Inspection and
Monitoring of Housing & Infrastructure projects for empanelment as Third Party Inspection
22
and Monitoring Agencies (TPIMA) for projects approved under sub-missions of BSUP and
IHSDP.
Eligible parties:
23
value of work assigned
Experience Five years Seven Years
Note on consortium entities:
In certain cases, two or more entities from either category can apply together for empanelment as
a single entity. In such consortia, a ‘primary partner’ shall be nominated, and the incorporation
of the same shall apply to the entire consortium, irrespective of whether other partners are
classified under Category ‘A’ or ‘B’ for all purposes of payment and taxation (deductions at
source), and the payment will be made to an account pre-specified account operated by the
primary partner.
Terms of Empanelment:
The Government of India, would empanel, based on the responses received to this
solicitation of Expression of Interest a number of agencies for third party inspection and
monitoring for project supported under JnNURM. This list of agencies would be forwarded
to the concerned State Governments, who would through an agency designated as the State
Level Nodal Agency, empanel agencies from this forwarded list, based on Request for
Quotations (Financial bids) called from them.
Prospective applicants are requested to make note of the nature of remuneration
available for the projects stated further below.
The State Level Nodal Agency would follow the following conditions as regards selection of
an agency empanelled through this solicitation of Expression of Interest:
i. An agency would be empanelled for one project at a time, for a period of one year.
During this period, the agency can bid (provide RfQ/ bid against open tender) for more
projects. However, there would be no special consideration or preferential selection for
subsequent projects.
ii. After each year, the performance of the empanelled agency would be compared vis-à-vis
the overall performance of the project, and if found appropriate, the engagement may be
extended for the subsequent year or till the earliest stipulated ending period of the
project, whichever is earlier.
iii. In case the performance of the empanelled agency is unsatisfactory (see part VII of this
Terms of Reference), the task would be awarded to another agency with the same terms
and conditions as applicable to the outgoing agency. However, the replacement agency
can be nominated from the L2 bids and not necessarily through Open bid/ RfQ again.
All outstanding payments to the outgoing agencies for work yet to be commenced would
automatically transfer to the new agency, while work that has been completed
satisfactorily by the outgoing party would be credited to the same. Under no
circumstance would the State pay twice for the same work.
24
c. Commissioning, trial run and testing stage
d. Post construction Stage
The following maximum charges* are prescribed for being paid to the Third Party
empanelled by the State Level Nodal Agency on a ‘per project’ basis:
Desk review of all project documents Rs. 2,00,000/- (Rupees Two Lakh)
On-site visits Rs. 50,000/- (Rupees Fifty Thousand
(Maximum 14 visits during a project implementation Only)
life-cycle for a BSUP project)
(Maximum 12 visits during a project implementation
life-cycle for a IHSDP project)
Maximum possible financial implications for Rs. 9,00,000/- (Rupees Nine Lakh Only)
BSUP project**
Maximum possible financial implications for Rs. 8,00,000/- (Rupees Eight Lakh Only)
IHSDP project**
25
* In case lower rates are obtained through RfQs, the same will apply as terms of payment
** Service tax, education cess and higher education cess etc. will be extra, chargeable on actual basis; Income
tax will be deducted at source in accordance with applicable rules of the Income Tax Act, 1961 and the
Finance Bill in effect at the time of payment
The overall cost of monitoring of the project would not exceed 0.5% of the cost of
components for which Central Assistance has been provided in cases of projects supported
under the sub-Mission of Basic Services to the Urban Poor and 0.25% of the cost of
components for which Central Assistance has been provided in cases of projects supported
under the Integrated Housing and Slum Development Programme.
Costs of material and sample tests would be chargeable on actuals over and above the fees
payable to the empanelled agency, and directly payable to the party performing the tests. The
costs for this, if any, would be borne out of the State/ ULB share.
Pre-requisite documentation:
26
c. Taxation particulars – PAN & STC numbers, copies of all returns filed for the last three
financial years, and advance service tax challan receipt for current financial year, if
already paid
d. Audited financial statements for the last three financial years including for current year, if
available, should also be supplied.
e. In case any applicant is not required to provide audited statements for taxation purposes,
it may cite the nature of exemption and provide, in lieu of audited statements, signed
balance sheets supplemented with a statement of accounts on 31 March of last three
financial years.
f. Demand draft of Rs. 5,000/- payable to ______________as non-refundable tender
fee for applications. In case of successful applicants, this amount would be
adjusted against payments made to the agency.
g. Undertaking of Escrow balance in case of work collateral (in case of advances)/
performance guarantee (upon award of work)
Work collaterals:
In case any amount is advanced to the empanelled agency prior to the delivery of work, a
collateral equivalent to 133% of any amounts advanced to the agency prior to the delivery of
work. This may be given by way of a Bank Guarantee or a tripartite Escrow Agreement
between the client, i.e. the concerned agency of a State Government, the empanelled agency/
consortium and a bank wherein the consortium or its primary partner maintains the operating
account.
Performance bond/ guarantee:
Even if no amount is advanced to the empanelled agency, the same will maintain a performance
bond/ guarantee by way of an escrow agreement equivalent to 25% of the award value of work.
h. Technical bid: The technical bid would briefly state:
i. Competence of the applicant with respect to the working areas as stated in the
desired experience profile, along with documented evidence of having worked in the
said fields. This may include a completion certificate/ citation provided by the client,
or the technical/ financial closure certificate issued by the project auditors
ii. Profiles of all persons proposed to be included as part of the services in a
standardized CV format
iii. Technical/ material assets of the applicant substantiating abilities to perform the
work as illustrated in the deliverables and scope of works
iv. Proposed methodology and standard processes pertaining to works as illustrated in
the deliverables and scope of works
i. It is reiterated here that it is not advisable to provide financial bids at this time. This will
be solicited separately by the State Level Nodal Agency at the time of calling for a
Request for Quotation. The range of turnover for a company to be eligible to apply for a
certain project may be determined by the State Level Nodal Agency. However, for the
purposes of classification and grouping, the following categories are prescribed:
Band I Turnover less than INR 25 lakh per annum
27
(Eligible for work worth Rs. 15 lakh at any point of time)
Band II Turnover equal to or more than INR 25 lakh per annum but less than
INR 50 lakh per annum
(Eligible for work worth Rs. 30 lakh at any point of time)
Band III Turnover equal to or more than INR 50 lakh per annum but less than
INR 100 lakh per annum
(Eligible for work worth Rs. 50 lakh at any point of time)
Band IV Turnover equal to or more than INR 100 lakh per annum but less
than INR 500 lakh per annum
(Eligible for work worth Rs. 100 lakh at any point of time)
Band V Turnover equal to or more than INR 500 lakh per annum
(Eligible for work worth Rs. 300 lakh at any point of time)
Applicants may indicate the band for which they qualify at the time of submission of EoI.
After empanelment, at the time of making financial bid against RfQ to the SLNA, it would
be advisable to specify the period for which the quotations remain valid.
28
Any TPIM agency must include following personnel in a project team. Size
of project team will vary depending upon the project size.
29
Senior Building Engineer should either be a Graduate in Civil
Engineering with a minimum 12 years of experience or a Diploma in Civil
Engineering with a minimum 15 years experience. He should have handled
in similar capacity at least one project of similar nature. He shall be
responsible for all the aspects related to the quality of the work and shall
guide, supervise and monitor the work of the other experts in his team.
(i) Civil :
30
building. Higher qualification and experience shall be an added advantage.
Upper age limit shall be 45 years.
(ii) Electrical :
Any TPIM agency must have following material assets or equipments at its
disposal. The assets may be self owned for a may be outsourced as and when
required. The list is only indicative.
31
3. Sieves of all sizes i/c Sieve Shaker and Balances of required capacity.
4. Cube strength testing machine.
5. Core Cutting Machine.
6. Equipment for Cement Testing.
7. USPV (Ultra Sonic Pulse Velocity) Meter.
8. Moister Meter.
9. Hammer of all sizes required to be used in building work.
10. Rebound Hammer.
11. Leak Detection Equipments.
12. Other miscellaneous equipments such as Screw Driver, Plumb-bob. Ovens,
Slump Cone, Graduated Measuring Cylinders of required capacity, Gauge
Tape Vernier Calliper, Magnifying Glass, Sprit Level, Vibration Table, Dial
Gauge etc.
13. Project Specific instrument, if required.
32
ANNEXURE- C
33
S.No Topic Page
1 Background 3
3 Scope of Services 5
4 Time Frame 8
5 Deliverables 8
6 Conflict of Interest 10
7 Mechanism 110
APPENDICES
34
1. Background :
• Enable the State Level Nodal Agencies (SLNA) to appoint Third Party
Inspection and Monitoring Agencies (TPIMA) for review and
monitoring of all JNNURM projects implemented by Urban Local
Bodies (ULBs), parastatals and other state agencies
35
2. Need for Third Party Inspection & Monitoring (TPIM) :
• Cost Control
• Time Control
36
It is, therefore, imperative that each projects is covered by TPIM and periodic
feedback is given to all stakeholders at ULB/Town/City, State & Central level.
a. Pre-construction stage
37
b. Construction stage
38
• Requirement of Operation & maintenance (O&M)
4. Time Frame
Services for TPIMA would be for entire life cycle of the projects and ideally
TPIMA should be in place in the pre-construction stage and would function till
one year from the filing of project completion report and give a final report on
the overall performance of the project.
1 Pre-Construction Once
39
5. Deliverables
40
d. Estimate the degree of beneficiary buy-in as regards the project(s);
(i) Baselines of the project, including entire process trail – which would ensure
that all necessary processes of clearance, approvals - administrative,
technical and financial sanctions are in place. At the desk review report
generated at the initiation milestone, this section of the report would
document the process flows and benchmarks that are adopted by the
concerned level of implementation.
(ii) Outcomes of the project (at initiation milestone)/ the specific milestones –
expected state of physical and financial progress.
(iii) Observed physical and financial progress including execution process – this
will require to be done from two ends (i) supply end, i.e. SLNA and (ii) level
of implementing agency
(iv) Compliance and exception reports in process trail, technical and qualitative
standards, financial propriety and integrity. In case of any processes being
certified, the monitoring report must clearly mention this in case of the
concerned implementing agency to the party to be reported to, i.e. Project
Implementation Agency, SLNA and Mission Directorate.
(vi) Follow-up action of the report, which would be ascertained in the next
report.
41
6. Conflict of Interest
7. Mechanism
42
Agencies which qualify the benchmark set for technical bids. Weightage of 60:
40 would be given for Technical and Financial Bids.
The technical proposal will comprise profile, credentials and experience of the
firm, the proposed team and their detailed CVs, methodology and tasks
assigned. Expression of Interest floated by the Government of India in this
respect would be a guidance in this respect.
Financial proposal should mention fees for desk review and per site visit in the
prescribed Financial Bid format. All applicable taxes should be indicated
separately.
Evaluation of proposals shall be carried in two stages. Technical bid will be
evaluated first and financial bid will be opened only for Agencies qualifying the
technical benchmark. The maximum charges as stipulated in Toolkit for
TPIMA will be applicable. In case lower rates are obtained through RFPs, the
same will apply as terms of payment
****
43
APPENDICES
44
Technical Bid Format
45
Technical Bid for TPIM
1. Preparation of Technical Bid
1.1 The bid as well as all related correspondence exchanged by the Consultants
and the Employer, shall be written in English language, unless specified
otherwise.
1.2 In preparing their bid, Consultants are expected to examine in detail the
documents comprising the RFP. Material deficiencies in providing the information
requested may result in rejection of a bid.
1.3 While preparing the Technical bid, Consultants must give particular attention
to the following:
(a) If a Consultant considers that it may enhance its expertise for the
Assignment/job by associating with other Consultants in sub-consultancy, it may
associate, however the details may be provided at the time of bidding.
(c) Alternative professional staff shall not be proposed, and only one curriculum
vita (CV) may be submitted for each position mentioned. Depending on the
nature of the Assignment/job, Consultants are required to submit a Technical Bid
using the attached Standard Forms. Submission of the wrong type of Technical
Proposal will result in the Proposal being deemed non-responsive. Form Tech – I is
a sample letter of which is to be submitted alongwith the technical bid. The
Technical bid shall not include any financial information. A Technical bid
containing financial information may be declared non responsive.
2.1 Being primarily technical work, final evaluation of the bids will be done on
Combined Quality cum Cost based System wherein Technical Bid will be given
a weightage of 60 % and financial bid will be given a weightage of 40%.
2.2 Bids securing 60% and above marks in technical evaluation will only be
considered for opening of Financial Bids. The Bids with the lowest cost may be
46
given a financial score of 100 and the other bids given financial score that are
inversely proportionate to their prices.
2.3 The total score, both technical and financial, shall be obtained by weighing
the Technical and Financial scores and adding them up. On the basis of the
combined weighted score for Technical and Financial, the consultant shall be
ranked in terms of the total score obtained. The bid obtaining the highest total
combined score in evaluation of quality and cost will be ranked as H-1 followed
by the bids securing lesser marks as H-2, H-3 etc. The bid securing the highest
combined marks and ranked H-1 shall be recommended for award of contract.
The bids will be ranked in terms of total points scored.
iii) Key professional staff: Qualification & competency for the assignment /
job. (40 marks)
Qualifications and competency of each of the key professionals will be evaluated
separately.
The marks for key professionals will be further divided as under:
a) Team Leader (12 marks)
b) Other key professionals (28 marks in total & equal score assigned to each
professional staff proposed) (min. number of key professionals may be specified
depending on the size of the project)
For evaluation of each of the key professionals the following sub-criteria can be
followed:
a) Educational qualifications (20%)
b) Adequacy for the assignment / job (80%)
(Experience in carrying out similar assignment/job)
47
Form Tech 1: Letter of Proposal submission
Form Tech 2 : Consultant’s organization & experience
Form Tech 3 : Approach & methodology
Form Tech 4 : Team composition
Form Tech 5 : Curriculum vitae
Form Tech 6 : Information regarding any conflicting activities and declaration
thereof.
48
FORM TECH-1
Dear Sirs:
We are submitting our Proposal in association with: [Insert a list with full
name and address of each associated Consultant]
We hereby declare that all the information and statements made in this
Proposal are true and accept that any misinterpretation contained in it may lead
to our disqualification.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Firm:
Address:
49
FORM TECH-2
TPIMA’S ORGANIZATION AND EXPERIENCE
A - Consultant’s Organization
B - Consultant’s Experience
[Using the format below, provide information on each Assignment/job for which
your firm, and each partner in the case of consortium or joint venture, was legally
contracted either individually as a corporate entity or as one of the major partners
within an association, for carrying out consulting Assignment/job similar to the
ones requested under this Assignment/job (If possible, the employer shall specify
exact assignment / job for which experience details may be submitted). Incase of
consortium, association of consultant, the consultant must furnish the following
information for each of the consortium member separately]
1. Firm’s name:
1 Assignment/job name:
1.3 Country:
1.7 Address:
50
1.10 Start date (month/year):
Note: Please provide documentary evidence from the client i.e copy of work
order, contract for each of above mentioned assignment, completion certificate.
The experience shall not be considered for evaluation if such requisite support
documents are not provided with the proposal.
In case other consultants are proposed to be associated, their details may also
be provided in the above format.
51
FORM TECH-3
a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the Assignment/job, approach to the
Assignment/job, methodology for carrying out the activities and obtaining the
expected output, and the degree of detail of such output. You should highlight the
problems being addressed and their importance, and explain the technical
approach you would adopt to address them. You should also explain the
methodologies you propose to adopt and highlight the compatibility of those
methodologies with the proposed approach.
b) Work Plan. The consultant should propose and justify the main activities of the
Assignment/job, their content and duration, phasing and interrelations,
milestones (including interim approvals by the Employer), and delivery dates of
the reports. The proposed work plan should be consistent with the technical
approach and methodology, showing understanding of the TOR and ability to
translate them into a feasible working plan. A list of the final documents, including
reports, drawings, and tables to be delivered as final output, should be included
here. The work plan should be consistent with the Work Schedule of Form
TECH-8.
c) Organization and Staffing. The consultant should propose and justify the
structure and composition of your team. You should list the main disciplines of
the Assignment/job, the key expert responsible, and proposed technical and
support staff.]
52
FORM TECH-4
Professional Staff
53
FORM TECH-5
2. Name of Firm:
[Insert name of firm proposing the staff]:
3. Name of Staff:
[Insert full name]:
4. Date of Birth:
5. Nationality:
6. Education:
[Indicate college/university and other specialized education of staff member,
giving names of institutions, degrees obtained, and dates of obtainment]:
8. Other Training:
10. Languages [For each language indicate proficiency: good, fair, or poor in
speaking,
reading, and writing]:
Employer:
Positions held:
54
12. Detailed Tasks Assigned
[List all tasks to be performed under this Assignment/job]
13. Work Undertaken that Best Illustrates Capability to Handle the Tasks
Assigned [Among the Assignment/jobs in which the staff has been involved,
indicate the following information for those Assignment/jobs that best illustrate
staff capability to handle the tasks listed under point 12.]
14. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes myself, my qualifications, and my experience. I understand
that any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
55
FORM TECH-6
Are there any activities carried out by your firm or group company or any member
of the consortium which are of conflicting nature as mentioned in para 5 of
section 2.
We hereby declare that our firm, our associate / group firm or any of the member
of the consortium are not indulged in any such activities which can be termed as
the conflicting activities under para 5 of the section 2.
56
Financial Bid Format
57
Financial Bid for BSUP / IHSDP Project
(per project)
Project:---------------
Desk review of all project documents Rs. --------------/- (Rupees in words)
On-site visits* Rs. ---------------- (Rupees in words
58
Model Contract Form
59
STANDARD FORM OF CONTRACT
Consultants’ Services
Lump-Sum
60
Contents
61
MODEL CONTRACT FOR THIRD PARTY
INSPECTION & MONITORING AGENCY SERVICES
Between
and
Dated:
62
I. Form of Contract
(Text in brackets [ ] should be filled up appropriately; all notes should be deleted
in final text)
This CONTRACT (hereinafter called the “Contract”) is made the [date] day of the
[month],of [year], between the President of India acting through (designation),
Ministry of ----, Department of ------, Government of (name of the state), (office
address), [name of employer] (hereinafter called the “Employer”),of the First
Party and, [name of TPIM Agency] (hereinafter called the “Consultant”) of the
Second Party.
[Note: If the Consultant consist of more than one entity, the above should be
partially amended to read as follows: “…(hereinafter called the “Employer”) and,
on the other hand, a joint venture/consortium/association consisting of the
following entities, namely, lead consultant [name of lead Consultant] and [name
of Consultant/s] (hereinafter called the “Consultant”).
WHEREAS
(a) the Consultant, having represented to the “Employer” that he has the
required professional skills, personnel and technical resources, has offered to
provide in response to the Tender Notice dated____ issued by the Employer ;
(b) the “Employer” has accepted the offer of the Consultant to provide the
services on the terms and conditions set forth in this Contract.
2. The mutual rights and obligations of the “Employer” and the Consultant
shall be as set forth in the Contract, in particular:
63
(a) the Consultants shall carry out and complete the Services in accordance
with the provisions of the Contract; and
(b) the “Employer” shall make payments to the Consultant in accordance with
the provisions of the Contract.
Signed by -----
In presence of 1. For and on behalf of the Governor
of (name of the state) [name of
“Employer”]
(Witnesses)
In presence of
(Witnesses)
(i)
(ii) [Authorized Representative]
[name of member]
[Authorized representative]
4. [name of member]
[Authorized representative]
\
64
II. General Conditions of Contract
1. GENERAL PROVISIONS
1.1 Definitions Unless the context otherwise requires, the following terms
whenever used in this Contract have the following meanings:
(a) “Applicable Law” means the laws and any other instruments having the
force of law in India for the time being.
(b) “Consultant” means any private or public entity (name of the agency) that
will provide the Services to the “Employer” under the Contract.
(c) “Contract” means the Contract signed by the Parties and all the attached
documents listed in its Clause 1, that is this General Conditions (GC), the Special
Conditions (SC), and the Appendices.
(e) “Effective Date” means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1.
(f) “Foreign Currency” means any currency other than the currency of the
“Employer’s” country.
(j) “Member” means any of the entities that make up the joint
venture/consortium/association; and “Members” means all these entities.
(k) “Party” means the “Employer” or the Consultant, as the case may be, and
“Parties” means both of them.
65
(m) “Reimbursable expenses” means all assignment-related costs [such as
travel, translation, report printing, secretarial expenses, subject to specified
maximum limits in the Contract].
(n) “SC” means the Special Conditions of Contract by which the GC may be
amended or supplemented.
(p) “Third Party” means any person or entity other than the “Employer”, or the
Consultant.
(q) “In writing” means communicated in written form with proof of receipt.
1.3 Law Governing Contract: This Contract, its meaning and interpretation,
and the relation between the Parties shall be governed by the applicable laws of
India.
1.4 Headings: The headings shall not limit, alter or affect the meaning of
this Contract.
1.5 Notices
1.5.2 A Party may change its address for notice hereunder by giving the other
Party notice in writing of such change to the address specified in the SC.
66
authorize the entity specified (Lead Consultant) in the SC to act on their behalf in
exercising all the Consultant’s rights and obligations towards the “Employer”
under this Contract, including without limitation the receiving of instructions and
payments from the “Employer”. However, each member or constituent of
Consortium of Consultant shall be jointly and severally liable for all obligations of
the Consultant under the Contract.
1.9 Taxes and Duties: The Consultant and Personnel shall be liable to pay
such direct and indirect taxes, duties, fees and other impositions levied under the
applicable laws of India.
(a) The Employer may terminate the contract if it determines at any time that
representatives of the consultant were engaged in corrupt, fraudulent, collusive
or coercive practices during the selection process or the execution of that
contract, without the consultant having taken timely and appropriate action
satisfactory to the Employer to remedy the situation;
67
(b) The Employer may also sanction against the Consultant, including
declaring the Consultant ineligible, either indefinitely or for a stated period of
time, to be awarded a contract if it at any time determines that the Consultant
has, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for, or in executing, a Employer-financed
contract;
At the time of execution of this Contract, the Consultants shall disclose any
commissions or fees that may have been paid or are agreed to be paid to agents,
representatives, or commission agents with respect to the selection process or
execution of the contract. The information disclosed must include at least the
name and address of the agent, representative, or commission agent, the
amount and currency, and the purpose of the commission or fee.
2.1 Effectiveness of Contract: This Contract shall come into force and effect on
the date (the “Effective Date”) of the “Employer”’s notice to the Consultant
instructing the Consultant to begin carrying out the Services. This notice shall
confirm that the conditions precedent and effectiveness conditions, if any, listed
in the SC have been met.
2.3 Commencement of Services: The Consultant shall begin carrying out the
Services not later than the number of days after the Effective Date specified in
the SC.
2.5 Entire Agreement: This Contract contains all covenants, stipulations and
provisions agreed by the Parties. No agent or representative of either Party has
authority to make, and the Parties shall not be bound by or be liable for, any
other statement, representation, promise or agreement not set forth herein.
68
2.6 Modifications or Variations: (a) Any modification or variation of the terms
and conditions of this Contract, including any modification or variation of the
scope of the Services, may only be made by written agreement between the
Parties. Pursuant to Clause GC 7.2 here of, however, each Party shall give due
consideration to any proposals for modification or variation made by the other
Party.
2.7.1 Definition (a) For the purposes of this Contract, “Force Majeure” means an
event
which is beyond the reasonable control of a Party, is not foreseeable, is
unavoidable and not brought about by or at the instance of the Party claiming to
be affected by such events and which has caused the non-performance or delay
in performance, and which makes a Party’s performance of its obligations
hereunder impossible or so impractical as reasonably to be considered
impossible in the circumstances, and includes, but is not limited to, war, riots,
civil disorder, earthquake, fire, explosion, storm, flood or other extreme adverse
weather conditions, strikes, lockouts or other industrial action (except where such
strikes, lockouts or other industrial action are within the power of the Party
invoking Force Majeure to prevent), confiscation or any other action by
Government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such party’s agents or employees,
nor (ii) any event which a diligent Party could reasonably have been expected
both to take into account at the time of the conclusion of this Contract, and avoid
or overcome in the carrying out of its obligations here under.
(c) Subject to clause 2.7.2, Force Majeure shall not include insufficiency of
funds or inability to make any payment required hereunder.
2.7.2 No Breach of Contract: The failure of a Party to fulfill any of its obligations
hereunder shall not be considered to be a breach of, or default under, this
Contract insofar as such inability arises from an event of Force Majeure, provided
that the Party affected by such an event has taken all reasonable precautions,
due care and reasonable alternative measures, all with the objective of carrying
out the terms and conditions of this Contract.
69
(b) A Party affected by an event of Force Majeure shall notify the other Party
of such event as soon as possible, and in any case not later than fourteen (14)
days following the occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give written notice of the restoration
of normal conditions as soon as possible.
(c) Any period within which a Party shall, pursuant to this Contract, complete
any action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.
(d) During the period of their inability to perform the Services as a result of an
event of Force Majeure, the Consultant, upon instructions by the “Employer”,
shall either: (i) demobilize,; or (ii) continue with the Services to the extent
possible, in which case the Consultant shall continue to be paid proportionately
and on prorata basis, under the terms of this Contract.
2.9 Termination
2.9.1.1 By the “Employer”: The “Employer” may terminate this Contract in case of
the occurrence of any of the events specified in paragraphs (a) through (h) of this
Clause GC 2.9.1.1.
(b) If the Consultant becomes (or, if the Consultant consists of more than one
entity, if any of its Members becomes and which has substantial bearing on
providing Services under this contract) insolvent or go into liquidation or
receivership whether compulsory or voluntary.
(c) If the Consultant fails to comply with any final decision reached as a result
of arbitration proceedings pursuant to Clause GC 8 hereof.
70
(d) If the Consultant, in the judgment of the “Employer”, has engaged in
corrupt or fraudulent practices in competing for or in executing this Contract.
(e) If the Consultant submits to the “Employer” a false statement which has a
material effect on the rights, obligations or interests of the “Employer”.
(f) If the consultant fails to provide the quality services as envisaged under
this Contract. The Consultancy Monitoring Committee (CMC) formulated to
monitor the progress of the assignment may make judgment regarding the poor
quality of services, the reasons for which shall be recorded in writing. The CMC
may decide to give one chance to the consultant to improve the quality of the
services.
(g) If, as the result of Force Majeure, the Consultant is unable to perform a
material portion of the Services for a period of not less than sixty (60) days.
(h) If the “Employer”, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.
2.9.1.2 In such an occurrence the “Employer” shall give a not less than thirty (30)
days’ written notice of termination to the Consultants, and sixty (60) days’ in case
of the event referred to in (h).
2.9.2 By the Consultant: The Consultant may terminate this Contract, by not less
than thirty (30) days’ written notice to the “Employer”, in case of the occurrence
of any of the events specified in paragraphs (a) through (d) of this Clause GC
2.9.2.
(a) If the “Employer” fails to pay any money due to the Consultant pursuant to
this Contract and not subject to dispute pursuant to Clause GC 8 hereof within
forty-five (45) days after receiving written notice from the Consultant that such
payment is overdue.
(b) If, as the result of Force Majeure, the Consultant is unable to perform a
material portion of the Services for a period of not less than sixty (60) days.
(c) If the “Employer” fails to comply with any final decision reached as a result
of arbitration pursuant to Clause GC 8 hereof.
71
following the receipt by the “Employer” of the Consultant’s notice specifying such
breach.
(a) If the Contract is terminated pursuant to Clause 2.9.1 (g), (h) or 2.9.2,
remuneration pursuant to Clause GC 6.3(h) (i)hereof for Services satisfactorily
performed prior to the effective date of termination, and reimbursable
expenditures pursuant to Clause GC 6.3(h)(ii) hereof for expenditures actually
and reasonably incurred prior to the effective date of termination;
(b) If the agreement is terminated pursuant of Clause 2.9.1 (a) to (f), the
consultant shall not be entitled to receive any agreed payments upon termination
of the contract. However, the “Employer” may consider to make payment for the
part satisfactorily performed on the basis of Quantum Merint as assessed by it, if
such part is of economic utility to the Employer. Applicable Under such
circumstances, upon termination, the client may also impose liquidated damages
as per the provisions of Clause 9 of this agreement. The consultant will be
required to pay any such liquidated damages to client within 30 days of
termination date.
72
GC 8 hereof, and this Contract shall not be terminated on account of such event
except in accordance with the terms of any resulting arbitral award.
3.1 General
3.1.1 Standard of Performance: The Consultant shall perform the Services and
carry out their obligations hereunder with all due diligence, efficiency and
economy, in accordance with generally accepted professional standards and
practices, and shall observe sound management practices, and employ
appropriate technology and safe and effective equipment, machinery, materials
and methods. The Consultant shall always act, in respect of any matter relating
to this Contract or to the Services, as faithful adviser to the “Employer”, and shall
at all times support and safeguard the “Employer”’s legitimate interests in any
dealings with Third Parties.
3.2 Conflict of Interests: The Consultant shall hold the “Employer”’s interests
paramount, without any consideration for future work, and strictly avoid conflict of
interest with other assignments or their own corporate interests. If during the
period of this contract, a conflict of interest arises for any reasons, the Consultant
shall promptly disclose the same to the Employer and seek its instructions.
3.2.1 Consultant not to benefit from Commissions, Discounts, etc.: (a) The
payment of the
Consultant pursuant to Clause GC 6 hereof shall constitute the Consultant’s only
payment in connection with this Contract and, subject to Clause GC 3.2.2 hereof,
the Consultant shall not accept for its own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this Contract
or in the discharge of its obligations hereunder, and the Consultant shall use its
best efforts to ensure that the Personnel and agents similarly shall not receive
any such additional payment. (b) Further more, if the Consultant, as part of the
Services, has the responsibility of advising the “Employer” on the procurement of
goods, works or services, the Consultant shall comply with the Employer’s
applicable procurement guidelines, and shall at all times exercise such
responsibility in the best interest of the “Employer”. Any discounts or
commissions obtained by the Consultant in the exercise of such procurement
responsibility shall be for the account of the “Employer”.
73
3.2.3 Prohibition of Conflicting Activities: The Consultant shall not engage, and
shall cause their Personnel not to engage, either directly or indirectly, in any
business or professional activities that would conflict with the activities assigned
to them under this Contract.
3.3 Confidentiality: Except with the prior written consent of the “Employer”, the
Consultant and the Personnel shall not at any time communicate to any person
or entity any confidential information acquired in the course of the Services, nor
shall the Consultant and its Personnel make public the recommendations
formulated in the course of, or as a result of, the Services.
3.4 Insurance to be Taken out by the Consultant: The Consultant (i) shall take
out and maintain, insurance, at their own cost but on terms and conditions
approved by the “Employer”, insurance against the risks, and for the coverages
as required by the Employer, and (ii) at the “Employer”’s request, shall provide
evidence to the “Employer” showing that such insurance has been taken out and
maintained and that the current premiums therefore have been paid.
3.5 Accounting, Inspection and Auditing: The Consultant (i) shall keep
accurate and systematic accounts and records in respect of the Services
hereunder, in accordance with internationally accepted accounting principles and
in such form and detail as will clearly identify all relevant time changes and costs,
and the bases thereof, and (ii) shall periodically permit the “Employer” or its
designated representative and/or the Employer, and up to five years from
expiration or termination of this Contract, to inspect the same and make copies
thereof as well as to have them audited by auditors appointed by the “Employer”
or the Employer, if so required by the “Employer” or the Employer as the case
may be.
3.7 Reporting Obligations: The Consultant shall submit to the “Employer” the
reports and documents specified in Appendix B hereto, in the form, in the
74
numbers and within the time periods set forth in the said Appendix. Final reports
shall be delivered in CD ROM in addition to the hard copies specified in said
Appendix.
4.1 General: The Consultant shall employ and provide such qualified and
experienced Personnel and Sub-Consultants as are required to carry out the
Services.
4.2 Description of Personnel: (a) The title, agreed job description, minimum
qualification and estimated period of engagement in the carrying out of the
75
Services of each of the Consultant’s Key Personnel are as per the consultant’s
proposal and are described in Appendix C. If any of the Key Personnel has
already been approved by the “Employer”, his/her name is listed as well.
(c) If additional work is required beyond the scope of the Services specified in
Appendix A, the estimated periods of engagement of Key Personnel set forth in
Appendix C may be increased by agreement in writing between the “Employer”
and the Consultant. In case where payments under this Contract exceed the
ceilings set forth in Clause GC 6.1(b) of this Contract, this will be explicitly
mentioned in the agreement.
(b) If the “Employer” (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii)
has reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Consultant shall, at the “Employer”’s written request
specifying the grounds therefore, forthwith provide as a replacement a person
with qualifications and experience acceptable to the “Employer”.
(c) Any of the Personnel provided as a replacement under Clauses (a) and
(b) above, as well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to claim as a
76
result of such replacement, shall be subject to the prior written approval by the
“Employer”. The rate of remuneration applicable to a replacement person will be
the rate of remuneration paid to the replacement person. Also (i) the Consultant
shall bear all additional travel and other costs arising out of or incidental to any
removal and/or replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the remuneration which
would have been payable to the Personnel replaced.
4.5 Resident Project Manager : If required by the SC, the Consultant shall
ensure that at all times during the Consultant’s performance of the Services a
resident project manager, acceptable to the “Employer”, shall take charge of the
performance of such Services.
5.1 Assistance and Exemptions: Unless otherwise specified in the SC, the
“Employer” shall use its best efforts to ensure that the Government shall:
(a) Provide the Consultant and Personnel with work permits and such other
documents as shall be necessary to enable the Consultant or Personnel to
perform the Services.
(b) Issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services.
5.2 Change in the Applicable Law Related to Taxes and Duties: If, after the date
of this Contract, there is any change in the Applicable Laws of India with respect
to taxes and duties, which are directly payable by the consultant for providing the
services i.e. service tax or any such applicable tax from time to time, which
increases or decreases the cost incurred by the Consultant in performing the
Services, then the remuneration and reimbursable expenses otherwise payable
to the Consultant under this Contract shall be increased or decreased
accordingly by agreement between the Parties hereto, and corresponding
adjustments shall be made to the ceiling amounts specified in Clause GC 6.1(b).
5.3 Services, Facilities and Property of the “Employer”: (a) The “Employer”
shall make available to the Consultant and its Personnel, for the purposes of the
Services and free of any charge, the services, facilities and property described in
Appendix E at the times and in the manner specified in said Appendix E.
(b) In case that such services, facilities and property shall not be made
available to the Consultant as and when specified in Appendix E, the Parties
shall agree on any time extension that it may be appropriate to grant to the
Consultant for the performance of the Services.
77
5.4 Payment: In consideration of the Services performed by the Consultant
under this Contract, the “Employer” shall make to the Consultant such payments
and in such manner as is provided by Clause GC 6 of this Contract.
6.1 Total Cost of the Services (a) The total cost of the Services payable is set
forth in Appendix D as per the consultant’s proposal to the Employer and as
negotiated thereafter. (b) Except as may be otherwise agreed under Clause GC
2.6 and subject to Clause GC 6.1(c), payments under this Contract shall not
exceed the amount specified in Appendix-D. (c) Notwithstanding Clause GC
6.1(b) hereof, if pursuant to any of the Clauses GC 4.2 (c) or 5.2 hereof, the
Parties shall agree that additional payments shall be made to the Consultant in
order to cover any necessary additional expenditures not envisaged in the cost
estimates referred to in Clause GC 6.1(a) above, the ceiling or ceilings, as the
case may be, set forth in Clause GC 6.1(b) above shall be increased by the
amount or amounts, as the case may be, of any such additional payments.
6.3 Terms of Payment The payments in respect of the Services shall be made
as follows:
(a) The consultant shall submit the invoice for payment when the payment is
due as per the agreed terms. The payment shall be released as per the work
related milestones achieved and as per the specified percentage as per SC 13.
(b) Once a milestone is completed, the consultant shall submit the requisite
deliverables as specified in this Contract. The Employer shall release the
requisite payment upon acceptance of the deliverables. However, if the Employer
fails to intimate acceptance of the deliverables or its objections thereto, within 30
78
days of receipt of it, the Employer shall release the payment to the consultant
without further delay.
(d) For the purpose of payment under Clause 6.3 (b) above, acceptance
means; acceptance of the deliverables by the Employer after submission by the
consultant and the consultant has made presentation to the CMC / Employer
(Mention this if presentation is required) with / without modifications to be
communicated in writing by the Employer to the consultant.
(e) If the deliverables submitted by the consultant are not acceptable to the
Employer / CMC, reasons for such non-acceptance should be recorded in
writing; the Employer shall not release the payment due to the consultant. This is
without prejudicing the Employer’s right to levy any liquidated damages under
clause 9. In such case, the payment will be released to the consultant only after it
re-submits the deliverable and which is accepted by the Employer.
(f) All payments under this Contract shall be made to the accounts of the
Consultant specified in the SC.
(g) With the exception of the final payment under (c) above, payments do not
constitute acceptance of the Services nor relieve the Consultant of any
obligations hereunder, unless the acceptance has been communicated by the
Employer to the consultant in writing and the consultant has made necessary
changes as per the comments / suggestions of the Employer communicated to
the Consultant.
(h) In case of early termination of the contract, the payment shall be made to
the consultant as mentioned here with: (i) Assessment should be made about
79
work done from the previous milestone, for which the payment is made or to be
made till the date of the termination. The consultant shall provide the details of
persons reasonably worked during this period with supporting documents. Based
on such details, the remuneration shall be calculated based on the man month
rate as specified. (ii) A reasonable assessment of the reimbursable and
miscellaneous expenses shall be made based on details furnished by the
consultant in this regard with supporting documents and based on the
assessment of the work done and the respective rates as provided. Wherever
such an assessment is difficult, the rates should be arrived at by calculating the
amount on pro-rata basis. The total amount payable shall be the amount
calculated as per (i) and (ii) above plus any applicable tax.
7.1 Good Faith: The Parties undertake to act in good faith with respect to each
other’s rights under this Contract and to adopt all reasonable measures to ensure
the realization of the objectives of this Contract.
8. SETTLEMENT OF DISPUTES
80
chosen by the two arbitrators so appointed by the parties and shall act as
Presiding Arbitrator. In case of failure of the two arbitrators, appointed by the
parties to reach a consensus regarding the appointment of the third arbitrator
within a period of 30 days from the date of appointment of the two arbitrators, the
Presiding arbitrator shall be appointed by the Secretary of the Ministry /
Department. The Arbitration and Conciliation Act, 1996 and any statutory
modification or re-enactment thereof, shall apply to these arbitration proceedings.
8.4 The decision of the majority of arbitrators shall be final and binding upon
both parties. The expenses of the arbitrators as determined by the arbitrators
shall be shared equally by the Employer and the Consultant. However, the
expenses incurred by each party in connection with the preparation, presentation
shall be borne by the party itself. All arbitration awards shall be in writing and
shall state the reasons for the award.
9. Liquidated Damages
9.1 The parties hereby agree that due to negligence of act of any party, if the
other party suffers losses, damages the quantification of which may be difficult,
and hence the amount specified here under shall be construed as reasonable
estimate of the damages and both the parties agree to pay such liquidated
damages, as defined hereunder as per the provisions of this Contract.
9.2 The amount of liquidated damages under this Contract shall not exceed
[ __] % of the total value of the contract as specified in Appendix D.
81
10. Miscellaneous provisions:
(i) “Nothing contained in this Contract shall be construed as establishing or
creating between the Parities, a relationship of master and servant or
principal and agent.
(ii) Any failure or delay on the part of any Party to exercise right or power
under this Contract shall not operate as waiver thereof.
(vii) The Contractor/ Consultant shall at all times indemnify and keep
indemnified the Employer/Government of (name of the state) against any
and all claims by Employees, Workman, Contractors, sub-contractors,
suppliers, agent(s), employed engaged or otherwise working for the
Contractor, in respect of wages, salaries, remuneration, compensation or
the like.
(viii) All claims regarding indemnity shall survive the termination or expiry of the
Contract.
82
III. Special Conditions of Contract:
(Clauses in brackets { } are optional; all notes should be deleted in final text)
1. “Employer” :
Attention :
Facsimile :
2. Consultant :
Attention :
Facsimile :
[insert conditions]}
83
Note: List here any conditions of
effectiveness of the Contract e.g.,
approved of the Contract by the
Employer, “Employer”’s approval of
Consultant’s proposals for appointment
of specified key staff members,
effectiveness of Employer Loan, receipt
by Consultant of advance payment and
by “Employer” of advance payment
guarantee (see Clause SC 6.4(a)), etc.
If there are no effectiveness conditions,
delete this Clause SC 2.1 from the SC.
84
13. 9.3 Performance Guarantee
The Consultant shall furnish a Performance
Guarantee in the form of a Bank Guarantee
Savoring (name of the authority) for an amount
equal to {10%} of the total fee (exclusive of
taxes) with a validity period for the entire
duration of contract.
In the presence of
(Witnesses)
1.
2.
85
IV. Appendices for Model Contract
86
APPENDIX A – DESCRIPTION OF SERVICES
Note: This Appendix will include the final Terms of Reference worked out
by the “Employer” and the Consultants during technical negotiations, dates for
completion of various tasks, place of performance for different tasks/activities,
specific tasks/activities/outcome to be reviewed, tested and approved by
“Employer”, etc.
(Include here the agreed (negotiated staffing schedule including the engagement
of sub-contractors, if any)
(Include here the rates quoted in the financial proposal or the negotiated rates,
whichever is applicable)
(Include here the list of Services, facilities and property to be made available to
the Consultant by the “Employer”).
87
CHECKLIST FOR QUALITY
CONTROL
88
Checklist for Quality Control by Third party for Inspection and Monitoring
Agency (TPIMA) for projects under JNNURM
1.5
(a) Percentage progress at the time of :
inspection vis-à-vis expected as per
contract and reasons for delay, if any.
89
1.8 Date of Inspection and number :
90
(d) Action Taken Report on previous report :
(f) Details of the samples/ testing done by : TPIMA to carry out minimum 10%
TPIMA random sampling and testing of all
mandatory tests for all the items from
NABL accredited labs as per
requirement of implementation.
91
3.0 SITE INSPECTION:
Whether in Whether Inspected Comments
progress (Yes/ No)
(Yes/ No)
3.1 Building Work
a) Earth work
b) Concrete work
c) RCC work
d) Brick work
e) Stone work
f) Marble work
g) Wood work
h) Steel work
i) Flooring
j) Roofing
k) Finishing
l) Internal Services
3.2 Infrastructure
work
See annexure A
92
Annexure-A
93
Supply Lines
Transformer
Social Infrastructure
S.No. Component Sub- Whether Whether Comments
Component in Inspected
Progress (Yes/ No)
(Yes/ No)
10 Community Community
Centres Centre
11 Site Site
Development Development
12 Informal Informal
Education Education
Centre Centre
13 Livelihood Livelihood
Centre Centre
14 Animal Pen Animal Pen
15 Rickshaw Rickshaw
Shed Shed
16 Informal Informal
Sector Market Sector Market
17 Primary Health Primary Health
Centre Centre
18 Anganwadi Anganwadi
19 Miscellaneous Any Other
Crematorium
Fire Fighting
arrangements
Lift Well etc
Old Age
Homes
94
Ration Shop
Transit
Tenaments
Community
Toilet
20 Development Parks
of parks
21 School School
Building Building
95